NTPC Limited

(A Government of India Enterprise)

Badarpur Thermal Power Station

NOTICE INVITING TENDER (NIT)

FOR

PROCUREMENT OF WEAR COMPONENTS FOR XRP-783 BOWL MILL.

(Domestic Competitive Bidding)

NIT No: 40032993

Date:22.01.2015

Bidding Document No: 100108806

 

1.0NTPC invites on-line bids from eligible Bidders for aforesaid package, as per the scope of work briefly mentioned hereinafter:

2.0Brief Details

NIT No.

40032993

NIT Date

22.01.2015

Document Sale Commencement Date & Time

22.01.2015 15:22:27

Document Sale Close Date & Time

11.02.2015 16:00:00

Source of IFB/NIT

Badarpur Thermal Power Station

Contract Classification

Equipment Supply

Last Date and Time for Bid submission

13.03.2015 13:00:00

Technical Opening Date & Time

13.03.2015 15:00:00

Bid Opening Date & Time

20.03.2015 15:00:00

Cost of Bidding Documents in INR

2,363.00

EMD in INR

311000.00

Pre-Bid Conference Date & Time (if any)

 

Last Query Date (if any)

07.03.2015

3.0 Bid Security and Integrity Pact (if applicable) shall be submitted in a sealed envelope separately offline by the stipulated bid submission closing date and time at the address given below. Any bid without an acceptable Bid Security and Integrity Pact (if applicable) shall be treated as non-responsive by the employer and shall not be opened.

4.0 A complete set of Bidding Documents may be downloaded by any interested Bidder on payment (non-refundable) of the cost of the documents as mentioned above in the form of a crossed account Payee demand draft in favour of NTPC Ltd., Payable at NEW DELHI or directly through the payment gateway at our SRM Site (https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart). For logging on to the SRM Site, the bidder would require vendor code and SRM user id and password which can be obtained by submitting a questionnaire available at our SRM site as well as at NTPC tender site (www.ntpctender.com). First time users not allotted any vendor code are required to approach NTPC at least three working days prior to Document Sale Close date alongwith duly filled in questionnare for issue of vendor code and SRM user id/password.

5.0 Brief Scope of Work & other specific detail

1.0 Item Description:

---------------------

WEAR COMPONENTS FOR XRP-783 BOWL MILL(GRINDING ROLLS -3NOS. & 1 SET OF BULL RING SEGMENTS TOGETHER)

THIS BIDDING FOR WEAR COMPONENTS IS FOR 120 THOUSAND RUNNING HRS

WEAR COMPONENTS FOR XRP-783 BOWL MILL (GRINDING ROLLS -3NOS. and 1 SET OF BULL RING SEGMENTS TOGETHER)

(QTY : 12 SET)

Note: Please see the detailed technical specification attached in collaboration Folder.

2.0 QUALITY CHECKS:

-----------------------

1.Detailed Drawing/ Data-sheet/ Specifications along with detailed Bill of material ( if applicable ) to be got approved from indentor.

2.Detailed QAP (NTPC format) along with acceptance norms, to be submitted along with the offer for approval from BTPS (FQA) and Indentor.

3.Material to be checked at vendor's works as per approved QAP, Drawing, Data-sheet & Specifications.

4.During PDI / STAGE INSPECTION, all the materials having chemical composition of Alloy Steel/Stainless Steel / Non Ferrous Metal, shall be checked for chemical composition using XRF ANALYSER and the same shall be arranged by the vendor.

5.The material after receipt at BTPS store, once again shall be checked using XRF ANALYSER (NTPC/BTPS Scope).

6.Vendor is to submit Test, Guarantee & Fitment certificate during inspection.

7.All material should bear manufacturer identification including part no/catalogue no/model etc.

3.0 Reverse Auction Rules : Reverse auction shall be done in this case for which base price & decrement with other details shall be decided after price bid opening.

4.0 EARNEST MONEY DEPOSIT (EMD) : Bid Security in the amount of Rs. 3,11,000/- (Rupees Three Lakh Eleven Thousand Only) in a separate envelope

In case of Bank Guarantee, the same should be valid for 225 days from the date of Bid Opening and BG should be executed on Rs. 100/-non judicial stamp paper.

Or

In case of DD/Banker#s cheque, same should be payable at Delhi in the favour of NTPC Ltd

No Interest shall be paid on EMD. Offers without EMD are liable for rejection

5.0 Evaluation Criteria : Evaluation & Reverse auction shall be done on total landed package value of the total no. of sets arrived for 1,20,000 hrs. based on minimum guaranteed running hrs. of each set.

6.0 DELIVERY SCHEDULE : Ist lot within 03 months from the date of PO and further each lot within 02 months and completed in 9.5 months.

7.0 WARRANTY / GUARANTEE : As per Detailed Technical Specification Clause no. 8.0 uploaded in Collaboration Folder.

8.0 Security Deposit: S.D. @5% of order value to be deposited by the firm and shall be released after completion of supplies.

9.0 Contract Performance Guarantee: 10% of order value to be deposited by the firm which valid till the end of guarantee period of last set plus 03 months claims time.

10.0 Bid Opening Process : Technical Bid shall be opened of those bidders whose EMD's have been found in order and meeting other tender conditions, as stipulated in tender documents.

Price bids shall be opened on a later date of only those bidders whose technical bid is found acceptable and who fulfill the Qualifying Requirements.

The date of Price bid opening of such qualified bidders shall be separately intimated and only these qualified bidders will be eligible to participate in the Reverse Auction.

11.0 Drawings & Detailed Technical Specification : Attached in Collaboration Folder.

12.0 ALL THE DOCUMENTS OF TENDER ENQUIRY ARE ATTACHED IN COLLABORATION FOLDER.

6.0 Prospective bidders from U.P. State are compulsorily required to provide TIN number at the time of purchase of bidding documents.

7.0Qualifying Requirements for Bidders:

The bidder should meet the qualifying requirements stipulated here under in clause 1.1 & 1.4 OR 1.2 & 1.4 OR 1.3 & 1.4:

1.1The bidder should be regular manufacturer of vertical type coal pulverizers and should have supplied such pulverizers to at least two coal fired units, each of 200 MW or higher capacity, located at two different power stations and which are in successful operation for at least two years as on date of bid opening with the same type of grinding rolls (Centrifugally Cast Ni Hard type or carbide insert type or weld overlay / high chrome type or sintered cast type rolls, using one or more grinding roll sets) as offered by the Bidder.

OR

1.2(i) The Bidder should be a manufacturer of the type of grinding rolls (Centrifugally cast Ni hard type or carbide insert type or high chrome type or sintered cast type rolls / weld overlay) as well as bull ring segments (cast Ni-hard type or carbide insert type or high chrome type) offered by him and should have supplied at least 150 nos. of 36# or higher size such type grinding roll for XRP/Raymond bowl type of coal pulverizer during last three years.

AND

(ii) Bidder should either himself or through a company / agency in which he has controlling stake, own following manufacturing & testing facilities for use by the bidder for manufacturing of the grinding rolls as well Bull Ring segments, (Bidder to furnish proof of ownership of the facilities along with his bid):

Manufacturing Facilities

a)Induction / Cupola / Induction Arc Furnace for melting iron of capacity 1.0 Ton and above.

b)Centrifugal Casting machine (in case manufacturing process involves centrifugal casting)

c)Machining facility for inside bore.

Testing Facilities:

a)Chemical Composition testing (Spectrometer / Spectrogram)

b)Ultrasonic testing machine to check tread to core bond.

c)Micro structure testing.

Other Facilities

a)Hardness testing.

b)Magnetic particle testing machine.

c)Inside Micrometers to check inside taper measurements.

d)Check Bowl / Test Bowl to check the ring bull ring segments of XRP -783. OR

1.3 The Bidder should be a regular manufacturer of grinding rolls as well as Bull Ring Segments for vertical type coal pulverisers and should have supplied 50 (fifty) numbers of grinding rolls for vertical type coal pulverisers and should have an ongoing collaboration / license agreement with a manufacturer who meets the qualifying requirements as stipulated at Clause 1.2 (i) above. Further Bidder should have manufacturing and testing facilities as per 1.2(ii) above and shall offer only the type of grinding rolls (i.e. Centrifugally cast Ni-hard or Carbide insert or weld-overlay or high chrome type or sinter cast type) as well as Bull Ring Segments (i.e. Cast Ni-hard or Carbide insert or hi-chrome type) for which his collaborator is qualified. In such a case bidder along with his collaborator shall furnish a Joint Deed of Undertaking (JDU) for successful supply and performance of the Grinding Rolls and Bull Ring Segments offered by him jointly and separately, as per the format enclosed in the bid documents. The joint deed(s) of undertaking shall be submitted along with the bid, failing which the bidder shall be disqualified and his bid shall be rejected. In case of award, the collaborator will be required to furnish on demand, Bank Guarantee for 1.5% of the total contract price in addition to the Contract Performance Security to be furnished by the bidder.

1.4 The bidder should have executed any one of the following Similar Works in India in the preceding seven years as on the date of opening of Techno-Commercial proposal:

One Work of value not less than Rs. 1,24.02 lacs (Rupee One Crore Twenty Four Lakh and Two Thousand Only) OR

Two Works of value not less than Rs. 77.51 lacs (Rupee Seventy Seven Lakh and Fifty One Thousand Only) each. OR

Three Works of value not less than Rs. 62.01 lacs (Rupee Sixty Two Lakh and One Thousand Only) each.

Note:

i)#Similar# works means any work which includes #The supply of grinding rolls and bull ring segments for vertical type coal pulverisers and of the type bidder is going to quote for the present bid.#

ii)The work #executed# mentioned above means the bidder should have achieved the criteria specified above, even if the total contract is started earlier and/or is not completed/closed.

iii)In case of orders under execution, the value of work executed till the date of opening of Techno-Commercial proposal as certified by the Client shall be considered.

2.0 The average annual turn-over of the bidder in the preceding three financial years as on the date of opening of Techno-Commercial proposal should not be less than Rs. 1,95.82 Lakh (Rupee One Crore Ninety Five and Eighty Two Thousand Only).

Note:

2.1) While computing the annual turnover other income shall not be considered.

2.2) In case where audited results for the last preceding financial year are not available certification of financial statements from a practicing Chartered Accountant shall be considered acceptable.

8.0Issuance of Bidding Documents to any bidder shall not construe that bidder is considered qualified.

9.0 NTPC reserves the right to reject any or all bids or cancel/withdraw the NIT for the subject package without assigning any reason whatsoever and in such case no bidder/intending bidder shall have any claim arising out of such action.

10.0 Address for Communication

Gireesh Kumar

Sr. Manager(Purchase) NTPC Ltd,

Badarpur Thermal Power Station

Badarpur, New Delhi - 110044

Mobile No. +91-9650994011

Tel. No.: +91-011-26941358 E-mail: gireeshkumar@ntpc.co.in

Websites: https://etender.ntpclakshya.co.in/sap/bc/gui/sap/its/bbpstart or www.ntpctender.com or www.ntpc.co.in